Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2005 FBO #1333
SOURCES SOUGHT

D -- Television Uplink System Purchase

Notice Date
5/26/2005
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857
 
ZIP Code
20857
 
Solicitation Number
Reference-Number-05EASPHEP050028
 
Response Due
6/10/2005
 
Point of Contact
Kevin McGowan, Contract Specialist, Phone 301-443-0708, Fax 301-443-3238, - Marie Sunday, Contracting Officer, Phone 301-443-7081, Fax 301-443-8488,
 
E-Mail Address
kmcgowan@psc.gov, msunday@psc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Television Uplink System Purchase This is a sources sought notice to determine the availability of potential small business (e.g., small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women owned small business) that can demonstrate that they have the capabilities to provide the equipment and services necessary to install a turn key Ku-Band digital/analog satellite uplink system at the HHS Headquarters building in Washington, DC. This is not an invitation for bid, request for proposal or other solicitation and in no way obligates the Government to award a contract. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via e-mail to KMcGowan@psc.gov. Your capability statement should not exceed 10 pages in length, excluding any resumes. ALL CAPABILITY STATEMENTS MUST DEMONSTRATE EXPERIENCE AND ABILITY IN PERFORMING AND ACQUIRING THE STATED EQUIPMENT AND REQUIREMENTS. Additionally, the Capability Statements must provide: 1) company name, 2) address, 3) point of Contract, 4) phone/e-mail/fax, 5) NAICS Codes, 6) business size & status (e.g., small business, 8(a), veteran owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women owned small business), 7) point of contract phone & e-mail address for referenced experience. All response are due by no later than 3:00pm Easter Standard Time (EST), on June 10, 2005. Capability Statements will not be accepted after the due date and time. All Capability Statements must be completely received by the aforementioned time. Partial submission will not be accepted after 3:00pm EST. Statement of Work Summary: Background: The success or failure of Government initiatives rests on the timely and accurate communication of information. The Department of Health and Human Services (HHS) is a vast department with a number of dynamic operating divisions dispersed throughout the county. Almost every form of communications technology is represented within HHS’s five broadcast studios. Technical compatibility and connectivity between Headquarters and the Operating Divisions is essential, and more urgently, HHS Headquarters must be able to speak directly to the public in times of emergency. A few years ago, these deficiencies would have been inconveniences. In today's world, they are strategic weaknesses in the Government’s communications network. We must create a communications system structure that addresses the connectivity between all of HHS and the American people. Project Purpose: The purpose of this procurement is to purchase the equipment and services necessary to install a Ku-Band digital/analog satellite uplink system at the HHS Headquarters building in Washington, DC. The equipment purchased under this procurement will provide a reliable broadcast capability inside the HHS Headquarters building. Project Overview: This project is for the procurement, delivery, installation, and testing of a complete analog and digital Ku-Band roof-mounted satellite uplink system. This uplink system shall include complete electronic redundancy, and environmental systems that will allow for sustained broadcast capabilities under all conditions. The Contractor shall provide all electronics, cabling and skilled labor to complete this “turn-key” project. Requirements: The Contractor shall: ▸ Provide and install a 3.8m Vertex DPK, Dual offset antenna on the GFE roof load frame with: o Three axis motorization o Four port feed (Domestic Ku-Band) o Antenna controller, mounted in control room. o Motor control box, at antenna frame o Full electric de-ice system with remote M&C o Provisioning and installation of cables to send and receive IF signals, to provide M&C functions and control the antenna. These cables are to be pulled in GFE conduits from the control room to the roof load frame. o Connect the Motor controller, De-ice and electronics to GFE AC power distribution breaker boxes mounted on or near the load frame. ▸ Integrate the uplink transmit and receive hardware. o Install on the GFE antenna frame the 1:2 redundant Outdoor SSPAs and BUCs including the waveguide, coax and M&C cables as required. o Install the LNBs and 1:2 redundancy switch and M&C cable o Connect cables for RF /IF signals. o Connect cables for antenna controller and M&C o Install the Deice controller box and M&C cable o Pull cables in GFE conduits to control room ▸ Test the antenna and electronics after installation for proper performance o Provide 2 degree compliance data (transmit and receive patterns) ▪ Customer to provide satellite transponder time. o Test the De-ice system and controller o Provide 2 days operator training on the operation, maintenance and testing procedures of the uplink system. Control room electronics: ▸ Install electronics in GFE racks o Redundant Digital video modulators (L-Band out) o Redundant Analog video modulators (L-Band out) o IF patch panels and looping plugs o Two each Digital and Analog Satellite receivers o Vertex 3.8 meter antenna controller o SSPA/BUC control and monitor panel o LNB redundancy switch control panel o De-ice control and monitor panel HHS will provide: ▸ AC electrical power conduits, cable and distribution boxes at the roof load frame. (Motors and De-ice – Utility power, electronics on UPS technical power.) ▸ Conduit runs from the antenna frame to the control room on the first floor. Approximate distance, 500 feet. ▸ Adequate rack space for the equipment in the control room. ▸ All required licenses, permits, permissions and authorizations for this project from the appropriate jurisdictions / parties. ▸ Space and week-end access for crane work and partial antenna assembly on 2nd St. (Will require closing the street for a Saturday or Sunday). (If required) Equipment list: See attachment 1 for specific equipment to be installed as part of this turn-key uplink project. Additional Information: All equipment purchased as part of this Contract shall carry the manufactures warranty of at least one year from date of installation by the Contractor. Additionally, the Contractor shall warrant all its materials, installation, and workmanship for a period of one year. The Project, equipment purchase, proper installation, and acceptable testing, is to be completed within eight weeks after award of the Contract, or if the Government determines a later date to be necessary (after the 8th week has passed), within four weeks after notification by the Project Officer. A negotiated payment amount shall be made upon submission of a proper invoice and proof of possession of the required equipment. A Payment Schedule shall be negotiated. Contractor shall provide the following equipment/systems listed on Attachment #1. The equipment proposed must meet or exceed all the published specifications and capabilities of the brand name items listed within this document. The Project Officer shall make the final determinations as to the acceptability of substitute items. Place of Performance: Deliver to: Chad Heupel, Government Project Officer (TV Studio Manager) Department of Health and Human Services 200 Independence Ave. SW Room 107 G Washington, DC 20201 Other Considerations: The Contractor must comply with Davis-Bacon Act (FAR 22.403-1), Copeland Act (FAR 22.403-2), Contract Work Hours and Safety Standard Act (FAR 22.403-3) and any other applicable labor laws. Attachment 1 Equipment list The Government has listed particular make and model numbers, however vendors are allowed to offer “Or Equal” items, providing those items offered meet or exceed the published specifications of the equipment listed below. *Antenna: Vertex/RSI 3.8 DXK including a four port feed, three axis motorization kit and jack drive assembly, Cross axis waveguide kit and local hand-held controller. Vertex De-ice package: Automatic Electrical De-ice package. 208 VAC 3Ø, 30 Amps Antenna control system: Vertex/RSI 7134-EMT controller with 7150-OU outdoor motor control unit. 7134-ACU 120 VAC, in Control room. 7150 Motor control. 208 VAC, 3Ø, 30 Amps. Transmit Electronics: Paradise Datacom Model HPAK2125ACC 1:2 redundant Solid State Power Amplifier system. 125 watts with indoor control and monitor unit. 70 MHz input block upconverters. Three separate 120 VAC 20 Amp circuits, Tech Power (UPS) Required. Video Modulators: 2 ea. Tiernan Model TE-6000A MPEG-2 encoders, with TVIP-6021 input module,TVIP-6001 Digital input module, TTX-6001 Multiplexer-ASI I/O and TMOD-6000 MPEG QPSK modulator, 70MHz up to 20MB 2 ea. Miteq VM-100R Analog video modulator, 70MHz output with 1:1 redundant switching system. Digital ASI signal input option. 2 ea. Trompeter Electronics L-Band IF patch panel, 75Ù, with loop through and monitor. One for Transmit and one for Receive. Receive Electronics: Paradise Datacom Model LNB23E0B0 1:2 redundant 120°K LNB system with indoor control and monitor unit. 2 ea. Standard Communications 930B analog satellite receivers. L-Band input 2 ea. Tiernan Model TDR-60 MPEG-2 DVB Integrated receiver decoder (IRD), L-Band input with DC output available. *Because the existing steel structure installed on the building was designed for this dish, this particular brand and configuration IS REQUIRED. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-MAY-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-JUL-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/PSC/DAM/Reference-Number-05EASPHEP050028/listing.html)
 
Place of Performance
Address: 200 Independence Avenue, SW Washington, DC., 20201
Country: United States
 
Record
SN00850591-F 20050721/050719213312 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.